Future opportunity

Maintenance of Traffic Signals and Other ITS Equipment Within the Berkshire Area

  • Reading Borough Council

F01: Prior information notice (prior information only)

Notice reference: 2022/S 000-009810

Published 12 April 2022, 5:34pm



Section one: Contracting authority

one.1) Name and addresses

Reading Borough Council

Civic Offices, Bridge Street

Reading

RG1 2LU

Contact

Robert Davis

Email

robert.davis@surreycc.gov.uk

Telephone

+44 7973896474

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

Internet address(es)

Main address

https://www.reading.gov.uk/

Buyer's address

https://supplierlive.proactisp2p.com/Account/Login#

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Maintenance of Traffic Signals and Other ITS Equipment Within the Berkshire Area

two.1.2) Main CPV code

  • 63712700 - Traffic control services

two.1.3) Type of contract

Services

two.1.4) Short description

Reading Borough Council ('the Council') is seeking to re-procure the contract for Maintenance of Traffic Signals and Other ITS Equipment Within the Berkshire Area ('the Contract'), on behalf of the following participant authorities; Bracknell Forest Borough Council, Reading Borough Council, Slough Borough Council, West Berkshire Borough Council, Wokingham Borough Council. The Council therefore wishes to commence a pre-market engagement exercise with potential suppliers as more fully described in Section II.2.4) below.

two.1.5) Estimated total value

Value excluding VAT: £25,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34923000 - Road traffic-control equipment
  • 34996100 - Traffic lights
  • 45233294 - Installation of road signals
  • 63712700 - Traffic control services

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire
Main site or place of performance

Berkshire

two.2.4) Description of the procurement

This notice marks the commencement of a pre-market engagement exercise to conduct consultations with potential suppliers with expertise in successfully delivering similar services and to obtain general feedback on the Council's proposed approach to the procurement exercise.

A pre-market engagement document has been produced by the Council (a copy of which is available by issuing a request via the email address set out above) which explains the potential scope of the opportunity in further detail.

At present, the supply, installation, commissioning, inspection, and maintenance of intelligent traffic systems are delivered through our existing Traffic Control Systems Contract, which has been in place for over 10 years. Given the length of time since the contract has had a significant review, we recognise that there is an opportunity to build upon the service delivery provided to date and take steps to maximise the opportunities available to both the Council and the appointed supplier.

In terms of what the future may look like, the general objectives of the requirement are as follows:

To support the Authority in operating, maintaining, inspecting, and refurbishing our intelligent transport systems.

The five Berkshire Authorities operate and maintain approximately 525 intelligent transport assets, comprising of signal-controlled junctions, signal-controlled crossings, Fire Station Wig-wags, car park equipment, variable message signs, rising bollards and C.C.T.V. cameras.

The Council operates a whole life asset management programme and is currently expecting to spend approximately £2,500,000.00 per annum on refurbishment of its intelligent transport systems.

We recognise that in order to maximise the success of this contract, the Council will need to put in place a contract which provides the appointed supplier with further opportunities to deliver innovative services which may change the way in which the contract is delivered in the future. We therefore plan to encourage the successful bidder to work together with the Council and its partner organisations to innovate and enable the results to be implemented.

For example, the Council are currently considering how greater use of technology may improve service delivery, how other services can be delivered in an innovative way via the appointed supplier and putting in place a mechanism which encourages the supplier to approach the Council with new ideas which can actually be implemented. We are keen to hear your views on this.

two.2.14) Additional information

Please use the following link to access Pre-market Engagement documents: https://supplierlive.proactisp2p.com/Account/Login

two.3) Estimated date of publication of contract notice

20 June 2022


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

The Council anticipates that the value of the initial term of the contract would be in the region of GBP £25,000,000.00 as indicated in Section II.1.5). However, this is an indicative figure only based on its current 'core' scope of requirements and on the assumption that the contract would be in place for a maximum duration of 10 years (i.e., a 5-year initial term plus options to renew thereafter).

By publication of this notice, the Council notifies interested parties that it intends to undertake certain further pre-market engagement activities in in respect of the procurement of Maintenance of Traffic Signals and Other ITS Equipment.

We therefore invite interested parties to respond to the pre-market engagement questionnaire published via the Proactis Supplier Network at https://supplierlive.proactisp2p.com/Account/Login

Parties should note that participation in this pre-market engagement exercise, is not a prerequisite to participating in any subsequent procurement process. The Council is committed to ensuring that all parties are treated equally and any information shared during the pre-market engagement exercise will be made available to all parties once any formal procurement process is initiated. Parties should also note that the conduct of this pre-market engagement process does not oblige the Council to undertake any formal process as a result of this exercise and should note that they are responsible for their own costs in participating in any pre-market engagement activity.